Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
MODIFICATION

D -- Enterprise Program Management Office (E-PMO) Support

Notice Date
12/20/2011
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
PL83120002
 
Archive Date
1/28/2012
 
Point of Contact
Robert Comer, Phone: 8047348000 ext 48504, Tara L. Horstmann, Phone: 6182299323
 
E-Mail Address
robert.comer@deca.mil, tara.horstmann@disa.mil
(robert.comer@deca.mil, tara.horstmann@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Defense Commissary Agency Enterprise Program Management Office (E-PMO) Support Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8312, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE: The Defense Commissary Agency (DeCA) is conducting this Request for Information (RFI) as market research to determine sources with competencies to support the DeCA Enterprise Program Management Office (E-PMO) Support. DeCA operates 250 commissaries worldwide for the Department of Defense (DoD). DeCA's mission is to provide members of the military services and their families with an effective and efficient network of commissaries worldwide for the resale of groceries and household products at the lowest practical price and highest quality. DeCA has established the Business Enterprise Group to provide its customers with state-of-the-art grocery services equal with U.S. commercial practices. The Business Enterprise Group (BEG) manages operations affecting requirements and strategic integration, corporate communication, corporate planning, information technology, human resources, and resource management. In order to support current and future DeCA initiatives, the BEG requires enterprise program management office (E-PMO) support to successfully deliver new capabilities to our patrons in accordance with all Federal laws, regulations and requirements. The contractor will execute E-PMO tasks that may include any combination of phases within the program life-cycle including strategic planning, project planning, pre-acquisition, acquisition, implementation/deployment, and operations and maintenance. The Logistics Management Institute, of McLean, VA is the incumbent and considered a large business, designated as a not-for-profit organization. Current work being performed by LMI includes: initial planning for e-commerce implementation; pre-acquisition support to obtain a Commercial Off the Shelf (COTS) Time and Attendance System; alternatives analysis/market research for improving item catalog maintenance; and, overall program office support for the Point Of Sale (POS) system in terms of business financial management, systems engineering, and testing to support the system in sustainment. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated program management support to large organizations. All interested contractors (both large and small) are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, market maturity and technical capabilities within the Large and Small Business Community to provide the required capabilities. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this RFI, you are encouraged to provide information regarding your plans to use joint venturing (JV), partnering or consortiums to meet each of the requirements areas contained herein. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partnering/consortium would be combined to meet the specific requirements contained in this RFI. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria from both large and small businesses under the North American Industry Classification System (NAICS) Code 541611. Your response should demonstrate your abilities with regards to business process management support, program office support, program documentation support, pre-acquisition support, acquisition support, deployment and operations support, information assurance support, architecture and systems engineering support, and studies and analyses. In addition to large and small businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures. Capability Requirements: The purpose of the RFI is to identify sources that can provide program management support for any DeCA business process, program or system. The contractor will be responsible for providing highly qualified and experienced staff with program management, DoD acquisition, and related technical expertise. The contractor must be knowledgeable in federal and DoD acquisition regulation, policy, and practice specifically including DoDI 5000.2 and the Business Capability Lifecycle (BCL); IT program management; IT technology; and will be expected to learn DeCA IT policy, programs and practices. The first Task Order to be awarded under this BPA will be associated with DeCA's POS system, the Commissary Advanced Resale Transaction System (CARTS). CARTS is a Major Automated Information System (MAIS) that is currently in sustainment and expected to be modernized in 2016. Potential offerors will be evaluated on their ability to carry out the following capabilities in relation to CARTS modernization (CARTS II Program) or any other DeCA project by following the BCL guidelines provided in the attachment. Interested vendors are requested to submit a maximum fifteen (15) page statement of their program management and technical capabilities with respect to the attached DRAFT Performance Work Statement in accordance with the following factors. a) Business Process Management Support. This task relates to determining the need for a particular program or project. Describe in detail your experience and ability to conduct a business needs analysis for a MAIS program as outlined in the BCL guidance. Provide a sample business needs analysis you have developed for another DoD program or provide an outline of the sections that would be included in a business needs analysis. b) Program Office Support. This task relates to the overall support to the Program Office based on the master program schedule and the program's current phase. Describe your experience and demonstrate your ability to build a program schedule for a MAIS program (ACAT I) based on the attached BCL guidance. If possible, provide a sample schedule that you have developed for another DoD program. That sample schedule will be at a high level and include major milestone reviews, milestone decision authority decision points, investment review board decision points, the initial operational test and evaluation, the initial operational capability and the close out review required just after deployment is completed. Additionally, the schedule will include the major program phases between the decision points and length of each phase. c) Program Documentation Support. This task relates to developing and updating required program documentation based on various phases of the program in the BCL. Describe your experience and demonstrate your understanding of the program phases and mastery of the documentation needed for each phase of the BCL. The offeror will provide a brief description of each phase, the exit/entrance criteria for that phase, and a listing of the documentation needed. Additionally, the offeror will demonstrate a complete understanding of the purpose and information contained in each document to be delivered by the offeror in support of the exit criteria for that phase. For phases that require an update of a document already described in a prior phase, the offeror only needs to explain the factors affecting how the document will change or mature from the previous phase. d) Pre-acquisition Support. This task relates to building the business case in determining the best overall solution and refining the requirements to meet the business need. Describe your experience and demonstrate your ability to develop a business case by providing a discussion of the sections contained in a business case and your approach to obtaining the information to complete the business case. If possible, provide a sample of a business case that you have developed for another DoD program. e) Acquisition Support. This task relates to acquiring the solution outlined in the business case. Describe your experience and ability to prepare/conduct detailed acquisition plans, RFP packages, source selection plans, industry days, source selection training, source selection advisors in the areas of technical, management, cost, past performance and administrative services for a source selection board. f) Deployment and Operations Support. This task relates to testing, deploying, training and sustaining the solution that was acquired. Describe in detail your experience in conducting Independent Verification and Validation (IV&V) in regards to testing. Focus on your ability to perform or assess the performance of software testing for system readiness testing, Integration Testing and Evaluation (IT&E), Operational Testing and Evaluation (OT&E), and testing to validate system changes. g) Information Assurance Support. Describe your experience in preparing and updating documentation for the DoD Information Assurance Certification and Accreditation process (DIACAP) as well as the Payment Card Industry (PCI) Report of Compliance and execution of those associated plans. h) Architecture and Systems Engineering Support. Describe your experience in developing and updating the DoD Architecture Framework and the Business Enterprise Architecture compliancy documentation for a Major DoD Program and discuss the drawings needed for the first two phases of the BCL in order to achieve a Milestone A decision. Architecture requirements will include addressing DoD requirements for: Net Centric, Data Centric, service oriented architecture, and the global information grid (GIG) applications. i) Contractor Project Management. This task relates to manage personnel resources over the life of the contract. Describe in detail your management approach that ensures fully-trained, top-quality personnel are provided to meet all requirements of the performance work statement and capabilities outlined above. Additionally describe how the level of effort or labor categories might change over the life of the program based on the BCL phase of the program or project. Submission Instructions: Responses should include the (1) business name and address; (2) name of company representative and their business title; (3) hourly labor rates for possible labor categories projected; (4) contract vehicles that would be available to the Government for the procurement, to include General Service Administration (GSA), NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. The responses should be in a white paper format, no longer than fifteen (15) pages in length. Marketing brochures and/or generic company literature will not be considered. Address the capability questions posed above, and add one (1) appendix that consists of at least two past performances listing prior installations and deployed solutions to include Government points of contact describing the vendor's capabilities. Firms who wish to respond to this should send responses via email NLT 13 JAN 2012 at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Interested vendors should forward their capabilities and other information to be considered to robert.comer@deca.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL83120002/listing.html)
 
Place of Performance
Address: Work will be performed at Government provided space at Fort Lee, VA and at the contractor’s facilities. Place of performance will be identified in each task order., Fort Lee, Virginia, United States
 
Record
SN02642261-W 20111222/111220234102-b38dd4e3ce53227de8f83e530a7769e6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.